Portable Latrine Services

expired opportunity(Expired)
From: Federal Government(Federal)
FA4819-17-T-4009

Basic Details

started - 16 Aug, 2017 (about 6 years ago)

Start Date

16 Aug, 2017 (about 6 years ago)
due - 31 Aug, 2017 (about 6 years ago)

Due Date

31 Aug, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
FA4819-17-T-4009

Identifier

FA4819-17-T-4009
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (710210)DEPT OF THE AIR FORCE (60553)ACC (75069)FA4819 325 CONS PKP (821)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 Combined Synopsis/SolicitationforPortable Latrine ServicesTyndall AFB, FL 16 August 2017  1.  This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.  2.  The solicitation number is FA4819-17-T-4009 and is hereby issued as a request for quotation (RFQ); 3.  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95; 4.  This acquisition is 100% Small Business Set-aside. The applicable North American Industry Classification System (NAICS) code is 562991. The applicable SBA size standard is $7.5 million. 5.  The following contract line item numbers (CLIN's), service descriptions, quantities, and units of measure in Table 1 are applicable to this
acquisition:       Table 1      CLINService DescriptionUnitQtyBase YearCLIN 0001 30 ea. Portable Latrines IAW PWS12Mo.CLIN 0002 1 ea. Portable Latrine for WEG IAW PWS12Mo.CLIN 0003 Emergency and Special Circumstances IAW PWS. (Services include portable latrines, hand washing units, and 10 person restroom trailer on an as needed basis) ** See Attachment 3 - Bid Schedule1LotOption Year 1CLIN 1001 30 ea. Portable Latrines IAW PWS12Mo.CLIN 1002 1 ea. Portable Latrine for WEG IAW PWS12Mo.CLIN 1003 Emergency and Special Circumstances IAW PWS. (Services include portable latrines, hand washing units, and 10 person restroom trailer on an as needed basis) ** See Attachment 3 - Bid Schedule 1LotOption Year 2CLIN 2001 30 ea. Portable Latrines IAW PWS12Mo.CLIN 20021 ea. Portable Latrine for WEG IAW PWS12Mo.CLIN 2003Emergency and Special Circumstances IAW PWS and Bid Schedule. (Services include portable latrines, hand washing units, and 10 person restroom trailer on an as needed basis)1LotOption Year 3CLIN 300130 ea. Portable Latrines IAW PWS12Mo.CLIN 30021 ea. Portable Latrine for WEG IAW PWS12Mo.CLIN 3003Emergency and Special Circumstances IAW PWS and Bid Schedule. (Services include portable latrines, hand washing units, and 10 person restroom trailer on an as needed basis) ** See Attachment 3 - Bid Schedule1LotOption Year 4CLIN 400130 ea. Portable Latrines IAW PWS12Mo.CLIN 40021 ea. Portable Latrine for WEG IAW PWS12Mo.CLIN 4003Emergency and Special Circumstances IAW PWS and Bid Schedule. (Services include portable latrines, hand washing units, and 10 person restroom trailer on an as needed basis) ** See Attachment 3 - Bid Schedule1Lot 6.  This requirement is for all labor, materials, transportation and equipment necessary to provide and service portable latrines in accordance with the attached Performance Work Statement (PWS), and Bid Schedule. All services shall comply with government and commercial standards. All servivces performed by the contractor shall be performed in accordance with all applicable laws, regulations, Headquarters Air Force standards, instructions and commercial practices. 7.  Date(s) and place(s) of delivery and acceptance and FOB point are as follows:       a.  Period of Performance (anticipated): 1 Oct 2017 - 30 Sep 2022;       b.  Place of Performance: Tyndall AFB, Florida 32403;       c.  Inspection/Acceptance Terms: Destination/Destination       d.  Delivery Terms: N/A 8.  The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Addendum to this provision is as follows:  a. Offeror shall complete, and include with its submission, the following: i.   Bid Schedule (Attachment 3) (for Pricing)ii.  Product Literature to verify technical acceptability of all proposed products/services in accordance with PWS and Bid Schedule Requirementsiii. MSDS's of all chemicals used to provide required services Incomplete offers will not be considered for evaluation. 9.  The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition: a. In accordance with FAR 52.212-2(a), the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:       i.   Technical capability of the service offered to meet the Government requirement; andii.  Price b. The government shall use the Lowest Price Technically Acceptable (LPTA) method to determine the awardee. The government shall award to the lowest priced offeror who's offer is deemed technically acceptable. c. For the offeror's quote to be determined technically acceptable, the offeror shall demonstrate the following: i. proposed products/services meet all requirements of the applicable PWS and bid schedule; andii. MSDS's of all chemicals used to provide required services d. Pricing evaluation will be conducted as follows: The total evaluated price (TEP) will be the sum of the offeror's pricing for all CLIN's provided on the attached bid schedule.  The Government will evaluate in accordance with FAR 52.217-8, at 50% of the offerors Option Year 4 pricing to reflect pricing for FAR 52.217-8 Option to Extend Services. For CLIN's 0003, 1003, 2003, 3003 and 4003, the sum of the daily, weekly and monthly prices for each product/service will be used to determine the total price for those CLIN's for evaluation purposes only. The actual compensation the contractor may receive for these CLIN's depends on the governments actual need for these services.   10.  Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 11.  The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 12.  The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and is listed below:       a.  The Contractor shall comply with the FAR clauses in this paragraph that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X  (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).X  (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).___ (5) [Reserved]___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).X  (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). X  (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).___ (10) [Reserved]___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).___ (ii) Alternate I (Nov 2011) of 52.219-3.___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).___ (ii) Alternate I (Jan 2011) of 52.219-4.___ (13) [Reserved]X    (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).___ (ii) Alternate I (Nov 2011).___ (iii) Alternate II (Nov 2011).___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).___ (ii) Alternate I (Oct 1995) of 52.219-7.___ (iii) Alternate II (Mar 2004) of 52.219-7.X  (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)).___ (ii) Alternate I (Nov 2016) of 52.219-9.___ (iii) Alternate II (Nov 2016) of 52.219-9.___ (iv) Alternate III (Nov 2016) of 52.219-9.___ (v) Alternate IV (Nov 2016) of 52.219-9.___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).X  (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).X  (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).X  (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).X  (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).X  (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).X  (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).X  (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).X  (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).X  (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).X  (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).X  (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)___ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.___ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693).___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).___ (40) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514___ (ii) Alternate I (Oct 2015) of 52.223-13.___ (41) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514).___ (ii) Alternate I (Jun 2014) of 52.223-14.___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).___ (43) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).___ (ii) Alternate I (Jun 2014) of 52.223-16.X  (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).___ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).___ (46) 52.223-21, Foams (Jun 2016) (E.O. 13696).___ (47) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).___ (ii) Alternate I (Jan 2017) of 52.224-3.___ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).___ (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).___ (ii) Alternate I (May 2014) of 52.225-3.___ (iii) Alternate II (May 2014) of 52.225-3.___ (iv) Alternate III (May 2014) of 52.225-3.___ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).X  (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).___ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).___ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).___ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).___ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).___ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).X  (57) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).___ (58) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332).___ (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).___ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).___ (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)).___ (62) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).___ (ii) Alternate I (Apr 2003) of 52.247-64.       b.  The Contractor shall comply with the FAR clauses in this paragraph, applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: X  (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)X  (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).X  (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).X  (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).X  (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).X  (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).___ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). 13.  Additional contract requirement(s) and terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are as follows:  a.  Applicable clauses to the FAR and its supplements will be incorporated into the resultant contract; b.  Attachment 1, Performance Work Statement dated 14 June 17; and c.  Attachment 2, SCA Wage Determination 2015-4559 Revision 2 dated 30 December 2016. d.  Attachment 3, Bid Schedule e.  FAR 52.232-18 Availability of Funds applies to this solicitation 14.  The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. 15.  Date, time and place offers are due:       a.  Date/Time: No later than 3:00PM Central Standard Time, 31 August 2017; and b.  Place: e-mail (preferred) to matthew.lahr.1@us.af.mil and deborah.williams.3@us.af.mil, or mail to 325th Contracting Squadron, 501 Airey Ave Ste 5, Tyndall AFB, FL, 32403. 16.  Points of Contact: a.  Contract Specialist: SSgt Matt Lahr - matthew.lahr.1@us.af.mil; (850) 283-8668;       b.  Contracting Officer: Ms. Deborah Williams- deborah.williams.3@us.af.mil;(850) 283-8664. 17.  Misc: N/A 18.  List of Attachments:      a.  Attachment 1, Performance Work Statement, dated 27 June 2017;b.  Attachment 2, SCA Wage Determination 2015-4559 Rev 2, dated 30 December 2016;       c.  Attachment 3, Bid Schedule d. Attachment 4, Quality Assurance Surveillance Plan (QASP)

Tyndall AFB, FLPanama City, FLLocation

Place Of Performance : Tyndall AFB, FL

Country : United StatesState : FloridaCity : Tyndall Air Force Base

You may also like

PUHO PORTABLE TOILET SERVICE

Due: 14 Apr, 2026 (in 23 months)Agency: NATIONAL PARK SERVICE

OTHER, PORTABLE TOILET SERVICE

Due: 14 Sep, 2028 (in about 4 years)Agency: NATIONAL PARK SERVICE

RENTAL OF PORTABLE TOILET EQUIPMENT.

Due: 30 Nov, 2025 (in 19 months)Agency: U.S. CUSTOMS AND BORDER PROTECTION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 562991 GSA CLASS CODE: W
naicsCode 562991Septic Tank and Related Services
pscCode WLease or Rental of Equipment: Maintenance and Repair Shop Equipment